TIERED EVALUATION - Construct Inpatient Medicine Bed Addition at the Kansas City VA Medical Center

Agency:
State: Missouri
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159311014610106
Posted Date: Mar 18, 2024
Due Date: Apr 19, 2024
Source: Members Only
Follow
TIERED EVALUATION - Construct Inpatient Medicine Bed Addition at the Kansas City VA Medical Center
Active
Contract Opportunity
Notice ID
36C77624R0063
Related Notice
589-017
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 18, 2024 03:08 pm EDT
  • Original Published Date: Feb 28, 2024 02:13 pm EST
  • Updated Response Date: Apr 19, 2024 04:00 pm EDT
  • Original Response Date: Apr 15, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 15, 2025
  • Original Inactive Date: Apr 15, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kansas City , MO 64128
    USA
Description View Changes

PRESOLICITATION UPDATE – March 18, 2024:



The official solicitation for this project is anticipated to be posted by the end of the day on March 22, 2024, In order to provide more information prior to that we are posting the construction drawings and specifications with this update.



A TENTATIVE pre-proposal site visit is planned for Wednesday, March 27, 2024 at 10 AM Central Time. The actual time and date will be either confirmed or updated with the official solicitation so please do not make plans or incur travel costs that cannot be recovered if the site visit date and time is changed.





ORIGINAL PRESOLICITATION BELOW:



INTRODUCTION



The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single firm-fixed-price contract for the design-bid-build minor construction project #589-017, Construct Inpatient Medicine Bed Addition at the Kansas City VA Medical Center located in Kansas City, MO.



PROJECT DESCRIPTION



Contractor shall completely prepare project site for operations, including demolition and removal of existing site elements, and furnish labor and materials and perform work for at the Kansas City VA Medical Center (KCVA) Project 589-017, Construct Inpatient Medicine Bed Addition as required by drawings and specifications. Period of performance is projected to be four-hundred sixty six (466) calendar days after issuance of the notice to proceed.



The work will require construction of a third-floor addition on the North side of the building. The remainder of the 3rd floor west wing shall be renovated. These areas combine to form a continuous inpatient private bedroom acute medicine unit. A vertical circulation addition with 2 elevators shall also be built with this project serving all floors from Basement thru 8th floor for patient transport. Additional work is required to accommodate location of 2 portable MRI machines that will serve patients during the construction period. This work is located near the Ambulance-only entry and on the Honors Annex Campus which is a few miles to the east.



Work includes general construction, alterations, and certain other items. Contractor shall provide services including but not limited to furnish all supervision, labor, equipment, materials, and transportation necessary to accomplish work for the demolition and replacement as required by specifications and drawings.



Contractor is responsible for Asbestos Containing Materials (ACM) and Lead Based Paint (LBP) removal and mitigation, including Floor tile, Mastic and Lead Paint removal, where it occurs inside the project area of work. Please also see the 2010 ACM survey (included in General Requirements 01 00 00, Appendix B) for estimated quantities and locations. There will be no cost to the Government for any removal, testing, oversight, or clearance of ACM. Abatement methods as stipulated in Specification Sections 02 82 11, 02 82 13.13, 02 82 13.19 and 02 83 33.19, are the only allowable methods of abatement. No alternate abatement methods will be considered.



Civil and Sitework: Work includes all labor, material, equipment, and supervision to perform new civil and site work by the construction drawings and specifications. Civil and Sitework includes all site preparation as well as providing new and relocating existing utilities and equipment, providing new site construction, landscaping, and physical security elements.



Electrical, Telecommunications, and Security Work: Work includes all labor, material, equipment, and supervision to perform new electrical, communications and security systems to the spaces renovated and the new additions detailed by the construction drawings and specifications. Provide access control for all the required doors, coordinate with the door hardware schedule for additional requirements. Provide new cameras, associated devices, and equipment.



Mechanical, Plumbing and Fire Protection Work: Work includes all labor, material, equipment, and supervision to perform the required Mechanical, Plumbing and Fire Protection construction work on this project including provide materials and construction equipment as detailed by the construction drawings and specifications. All new mechanical systems shall be addressable and controllable via the existing Engineering Control Center (ECC) and HVAC Shop. The ECC system shall monitor space conditions and unit status and shall alarm the Facility Operations staff as detailed by the mechanical control drawings and specifications.



In addition to providing new mechanical systems to serve the new addition and renovated spaces, this project also requires reconfiguration of the existing building HVAC systems (duct, diffusers, grilles, bracing and supports) to maintain existing heating and cooling systems. Contractor is required to Test and Balance (TAB) new and existing HVAC systems per 23 05 93. This work requires preconstruction TAB readings to establish baseline performance for all existing HVAC systems to remain serving the Medical Bed space and adjacent corridor. Existing systems shall be rebalanced to preconstruction readings.



Contractor shall reconfigure fire protection piping and provide additional sprinkler heads to the existing building automatic sprinkler system as required. New Fire Protection systems shall be provided, and existing systems modified per the construction drawings and specifications. Contractor shall reconfigure plumbing and medical gas piping and provide new piping, fixtures, valves, fittings, and devices as required by the construction drawings and specifications. All new and existing systems within the Scope of Work shall be commissioned (or recommissioned) for per Specification 01 91 00.



Inspections: Comprehensive 3rd party inspections, testing and written reports for all Divisions are required and paid by the General Contractor. Contractor shall employ third party inspection consultants to perform all inspections required by this contract. The VA shall appoint a third-party individual, company, or firm to act as the Commissioning Agent. The Commissioning Agent is the designated person, company, or entity that plans, schedules, and coordinates the commissioning team to implement the commissioning process.



ADMINISTRATIVE



The solicitation will be issued as a Request for Proposal (RFP) conducted in accordance with FAR part 15 and will be evaluated in accordance with the procedures listed in the solicitation. This procurement will be set aside based on an order of priority as established in 38 U.S.C. 8127. The solicitation will be advertised as a tiered set-aside evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns.



The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45.0 million. The solicitation will be issued in mid-March, 2024. The period of performance is approximately 466 calendar days after issuance of the notice to proceed. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to: Emil.Reyes@va.gov and David.Mark2@va.gov. Telephone calls will not be accepted.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >